There seems to be a litttle bit of an overlap between the work CACI is doing 
with WAWF (https://wawf.eb.mil/) and what DAASC 
(https://www.daas.dla.mil/daashome/daasc_home.asp) does.   As many of you may 
know Webmethods was purchased by Software AG in 2007.
Both CACI and Webmethods are headquartered in Northern VA for more fun facts to 
know and tell.
David Frenkel 




________________________________
From: Todd Gould <[EMAIL PROTECTED]>
To: [email protected]
Sent: Wednesday, December 3, 2008 1:22:23 PM
Subject: [EDI-L] US Government Looking for EDI Sources


Looks like Uncle Sam is looking for sources to see if there are alternatives to 
their EDI hub. I can tell you from personal experience that thte folks at DAASC 
are highly skilled and highly competent.

Regards,

Todd Gould
President
Loren Data Corp.

<PITCH>By the way, I suspect the government is going to be spending a lot of 
money in the coming year to help revive the economy. Loren Data provices a 
subscription service to get these kinds of notices if you are interested. Check 
out http://www.fbodaily .com for more information. </PITCH>

Title: WEBMETHODS PRODUCTION AND STAGING ENVIRONMENT 

Category: 70 -- General Purpose ADP Equipment Software, Supplies and Support Eq.

Type: SRCSGT

Date: 11/27/08

Keyword: EDI

FEDBIZOPPS: FBO DAILY ISSUE OF NOVEMBER 27,2008 FBO#2558 

Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical 
Systems Center, ASC/PKWBldg. 16, Rm. 1282275 D StreetWright- Patterson AFB, OH 

70 -- WEBMETHODS PRODUCTION AND STAGING ENVIRONMENT (SRCSGT) SOL F6DAAS93100400 
DUE 120308 POC Travis McCullough, 937-656-7475< br /> WEB: FedBizOpps Complete 
View https://www. fbo.gov/? s=opportunity& mode=form& id=c24490a8ed494 
d7b0c039c6c36561 9a5&tab=core& _cview=1 NAICS: 334119 WebMethods Production and 
Staging Environment The Air Force intends to award a brand name contract to 
World Wide Technology. The purpose of this Sources Sought is to determine if 
there are any businesses available who are capable of performing the effort 
described herein. Defense Automatic Addressing Systems Center (DAASC) at 
Wright-Patterson AFB, OH is seeking sources to provide: Support in the 
continuing process to expand services for our customers, DAASC is operating a 
full-service EDI Telecommunications Hub and is maintaining and refining a 
Translation Engine for the any-to-any conversion of ANSI X12, MILS, and 
User-Defined Format (UDF) documents in any combination/
 direction. With this capability, DAASC acts as an Electronic Business (EB) 
Gateway for the DoD and other Federal Civil Agencies, performing translation 
to/from formats specified by each of these customers. Essentially, the DAASC is 
the facilitator that enables disparate systems to function homogenously. This 
project focuses on the eventual replacement of the Global Exchange (GEX) GOTS 
software with the webMethods, highly available, secure hardware solution. This 
will provide greater support to the warfighter by ensuring that critical 
applications are kept current with technology, available 24x7, 365 days per 
year and provides the best value to the government through transaction 
monitoring/processi ng technologies Due to the essential mission that DAASC 
provides, the Department of Defense has defined the operation as Mission 
Assurance Category (MAC) I which identifies the DAASC processing as vital to 
the operational readiness or mission effectiveness of
 deployed and contingency forces in terms of both content and timeliness. The 
consequences of loss of integrity or availability of a MAC I system are 
unacceptable and could include the immediate and sustained loss of mission 
effectiveness. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION 
AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A 
RESPONSE. This is in support of market research being conducted by ASC to 
identify capable potential sources. Contractors responding to this shall submit 
the following information to: Travis McCullough, email Travis.McCullough@ 
wpafb.afmil. Response Date: 3 December 2008 5:00 p.m. EST either by email 
(above) or postal Travis McCulloughTravis. McCullough@ wpafb.af. 
milASC/PKEIS2275 D Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: 
(937)656-7475 DSN:986-7475 Required Submittal: Contractors must submit, by the 
due date listed above, the following: 1.Company Information to
 include:a.Points of contact, addresses, email addresses, phone 
numbersb.Identifica tion as a large U.S. business, small U.S. business, or a 
foreign business.2.A summary of your related capabilities information based 
upon the Contractor Experience required below. It should be brief and concise, 
yet clearly demonstrate your abilities to meet the stated requirements. Limit 
responses to a total page limit of 5 pages. Each page shall be formatted for 8 
x 11 paper. Pages shall be single-spaced and one-sided. The font shall be Times 
New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab 
dividers, title pages, glossaries, and table of contents are not required. 
Please submit your responses electronically in a Microsoft Word compatible 
file.3.Provide no more than five contract history matrices for any contract 
relevant to this effort. (Include information ONLY for work within the last 
three years) For all current or past contracts deemed
 relevant, provide the following administrative reference information. (There 
is no page limit for this requirement. )a.Company/ Division Nameb.Program 
Titlec.Contracting Agencyd.Contract Numbere.(e) A brief description of the 
contract effort, indicating whether it was development and/or productionf. Type 
of Contractg.Period of Performanceh. Original Contract $ Value and Current 
Contract & Valuei.Original Completion Data and Current Completion Datej.Name, 
address and telephone number of Government Program Director/Manager, 
Administrative Contracting Officer (ACO) and Procuring Contracting Officer 
(PCO).4.Organizatio nal Conflict of Interest (OCI): Provide your approach to 
OCI avoidance, non-disclosure of information and protecting intellectual 
property and business interests of prime contractors and small businesses. An 
OCI mitigation plan should be included. This plan does not count towards the 
page limit.5.Any other information you think we need to
 evaluate your capabilities. Any information submitted by respondents to this 
synopsis is strictly voluntary. The Government will not reimburse the 
respondents for any costs associated with their response. This synopsis does 
not constitute a Request for Proposals nor does its issuance restrict the 
Government as to its ultimate acquisition approach. The Government reserves the 
right to contact the submitting parties, on an as required basis, for further 
clarification on material provided. Contractor Experience:The DAASC project 
focuses on the eventual replacement of the Global Exchange (GEX) GOTS software 
with the webMethods, highly available, secure hardware solution. This will 
provide greater support to the warfighter by ensuring that critical 
applications are kept current with technology, available 24x7, 365 days per 
year and provides the best value to the government through transaction 
monitoring/processi ng technologies and is a high priority for
 DoD.DAASC urgently needs a contractor able to respond to critical program 
requirements within weeks for support of upcoming tasks funded under the new 
contract. This work requires a contractor with experience in DoD organizations 
and missions, and, more importantly, with the DAASC Project. The critical 
nature of the program prevents DAASC from accepting any interruption in support 
or discontinuation of experience. Due to the aforementioned, there will be no 
transition time allowed upon the award of the contract. Respondents are 
requested to provide a brief description of their teams capability and approach 
to supplying the Draft BOM. Address briefly how you/your team will perform this 
work. Please demonstrate your companies capability to deliver hardware and 
software materials to the delivery location in the time allotted in the awarded 
contract. The Government reserves the right to contact additional customers to 
obtain information that will be used to
 evaluate the offerors experience. Contract Details: This acquisition will be 
open to all type businesses, meeting the Contractor Experience criteria, using 
commercial buying procedures. Commercial items and non-developmental items are 
procured under FAR Part 12 procedures. Firm Fixed Price (FFP) type pricing 
arrangement will be utilized. NAICS Code is 334119. Size standard is 1,000 
employees. We will utilize the Best Value technique of Lowest Price Technically 
Acceptable (LPTA) to make a Best Value Award decision. CCR Registration: 
http://www.ccr. gov/Start. aspxIf you are a business interested in doing 
business with the U.S. Federal Government, you must be registered in CCR. It is 
advisable to begin registration now. For more information on "WebMethods 
Production and Staging Environment" , please refer to: https://pixs. wpafb.af. 
mil/pixs_ solicitation. asp?id=5920 CITE: https://www. fbo.gov/? s=opportunity& 
mode=form& id=832640ac61a4b 06cb8452b5af2a74
 43e&tab=core& _cview=0. Posted 11/25/08 (fbodaily.com W-SN01710227) . (0330) 

Loren Data Corp.
http://www.ld. com (SYN# 0573 20081127\70- 0002.SOL) 

[Non-text portions of this message have been removed]

 

[Non-text portions of this message have been removed]


------------------------------------

...
Please use the following Message Identifiers as your subject prefix: <SALES>, 
<JOBS>, <LIST>, <TECH>, <MISC>, <EVENT>, <OFF-TOPIC>

Job postings are welcome, but for job postings or requests for work: <JOBS> IS 
REQUIRED in the subject line as a prefix.Yahoo! Groups Links

<*> To visit your group on the web, go to:
    http://groups.yahoo.com/group/EDI-L/

<*> Your email settings:
    Individual Email | Traditional

<*> To change settings online go to:
    http://groups.yahoo.com/group/EDI-L/join
    (Yahoo! ID required)

<*> To change settings via email:
    mailto:[EMAIL PROTECTED] 
    mailto:[EMAIL PROTECTED]

<*> To unsubscribe from this group, send an email to:
    [EMAIL PROTECTED]

<*> Your use of Yahoo! Groups is subject to:
    http://docs.yahoo.com/info/terms/

Reply via email to